Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

81 -- ISO Containers TRICON Containers

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO PORT HUENEME OFFICE 3350 PATTERSON ROAD BLDG 801 PORT HUENEME, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410T0271
 
Response Due
8/19/2010
 
Archive Date
9/3/2010
 
Point of Contact
Lenette Santana 805-982-2193
 
E-Mail Address
POC email
(lenette.santana@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-10-T-0271. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-42 and DFARS Change Notice 20100623. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332311 and the Small Business Standard is 500 employees. This is a competitive, unrestricted action. The Fleet Industrial Supply Center San Diego Port Hueneme Office requests responses from qualified sources capable of providing: ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00011Each$____________ISO CONTAINER TRICON, CONFIGURATIONFFPD2A/D2B STEEL 8' LONG X 8' HIGH X 6 1/2' WIDE WITH USN OWNERSHIP ISO NUMBERS.FOB: DestinationNSN: 8415-01-289-0945 ISO CONTAINER TRICON, CONFIGURATION D2A/D2BSTEEL 8' LONG X 8' HIGH X 6-1/2' WIDE WITH USN OWNERSHIP ISO NUMBERS. CONFIGURATION NUMBER IDENTIFIED WITH AN "A" SUFFIX (D2A) IS INSTALLED ON THE RIGHT SIDE OF THE CONTAINER AS VIEWED FROM THE CONTAINER ENTRANCE. CONFIGURATION WITH A, B, SUFFIX (D2B) IS INSTALLED ON THE LEFT SIDE OF THE CONTAINER AS VIEWED FROM THE CONTAINER ENTRANCE. CONTAINER IN ACCORDANCE WITH MIL-DTL-28689C AND NAVFAC DRAWING 6028537 (WITH FOLLOWING EXCEPTIONS/MODIFICATIONS): 3.4.3 SCUFF BOARDS. NOT REQUIRED 3.4.4 FLOOR CONSTRUCTION. CHANGE TO: THE FLOOR SHALL BE DESIGNED AND INSTALLED TO MEET REQUIREMENTS AND LOADING IN ACCORDANCE WITH ISO 1496/1. 3.4.13 TIE DOWN RODS. NOT REQUIRED 3.8.2 INTERIOR PAINTING THE PRIMER COAT SHALL BE ONE THAT IS COMMERCIALLY OFFERED BY THE CONTAINER MANUFACTURER. THE INTERIOR FINISH COLOR SHALL BE PAINTED SAND. THE FINAL COATING THICKNESS SHALL BE IN ACCORDANCE WITH THE MANUFACTURER'S STANDARD PRACTICE. 3.8.3 EXTERIOR PAINTING THE PRIMER COAT SHALL BE ONE THAT IS COMMERCIALLY OFFERED BY THE CONTAINER MANUFACTURER. THE EXTERIOR FINISH COLOR SHALL BE OLIVE DRAB 34096, FED-STD-595. THE FINAL COATING THICKNESS SHALL BE IN ACCORDANCE WITH THE MANUFACTURER'S STANDARD PRACTICE.CABINETRY PAINTING - THE CABINETS SHALL BE PAINTED IN ACCORDANCE WITH MANUFACTURER'S STANDARD PRACTICE; COLOR SHALL BE MANUFACTURER STANDARD BEIGE. ADD:3.9.1.1 DATA PLATE A NONFERROUS METAL DATA PLATE CONFORMING TO A-A-50271 SHALL BE AFFIXED TO THE CENTER OF THE EXTERNAL SURFACE OF THE RIGHT HAND DOOR. THE METHOD OF ATTACHMENT SHALL BE EITHER RIVETING OR BOLTING. THE DATA SUPPLIED ON THE PLATE SHALL BE AS FOLLOWS: U.S. NAVYCONTAINER SHIPPING AND STORAGE, STEEL WALL (TYPE 1)SPECIFICATION MIL-DTL-28689C (1997)NSN: 8145-01-289-0945ISO CONTAINER CONTROL NUMBER:_________________________TARE WEIGHT: ___________LBS____________________KGCONTRACT NUMBER:MFG BY:___________________________________________________DATE: (MONTH AND YEAR) ALL OTHER REQUIREMENTS OF MIL-DTL-28689C REMAIN THE SAME. CONTAINER SHALL CONFORM TO ISO 668 AND ISO 1496-1. CARGO CONTAINERS ARE TO BE NEW AND UNUSED. ADD: ALL CONTAINERS SHALL HAVE A PASSIVE VENTING SYSTEM. THE VENTING SYSTEM SHALL DISSIPATE CONDENSED MOISTURE WITHIN THE CONTAINER DURING FIELD OPERATIONS. THE VENTING SYSTEM SHALL BE SIMILAR TO COMMONLY USED VENTING SYSTEMS IN COMMERCIAL ISO CONTAINERS. A VENT COVER SHALL BE AN INTEGRAL PART OF THE VENT. THE VENTS SHALL BE CAPABLE OF BEING OPENED AND CLOSED FROM THE OUTSIDE WITHOUT THE USE OF TOOLS. TWO VENTS SHALL BE LOCATED IN EACH SIDEWALL, AT OPPOSITE END OF THE CONTAINERS. VENTS SHALL BE LOCATED AS CLOSE TO THE TOP OF THE WALL AS PRACTICAL. THE VENTING SYSTEM SHALL NOT VIOLATE ISO ENVELOPE REQUIREMENTS, NOR SHALL THE VENTS PROTRUDE INTO THE INTERIOR TIE-BAR SYSTEM. THE VENTS, WHEN OPEN, SHALL NOT PERMIT WIND DRIVEN RAIN OR SPLASH TO ENTER THE CONTAINERS. THE VENT, WHEN CLOSED, SHALL FORM A TIGHT SEAL. THE GASKET MATERIAL SHALL BE MECHANICALLY FASTENED TO THE VENT. GASKET MATERIAL SHALL NOT BE PAINTED. ADD POWER SUPPLY CORD PORT: EACH CONTAINER SHALL HAVE A POWER SUPPLY CORD PORT. THE POWER SUPPLY PORT SHALL BE LOCATED APPROXIMATELY AT THE MIDPOINT OF THE END WALL. POWER SUPPLY CORD PORT SHALL BE LOCATED IN SUCH A MANNER THAT IT WILL NOT INTERFERE WITH OR BE COVERED BY THE CABINETS, RIFLE RACKS, OR CABINET DOORS. POWER SUPPLY PORT SHALL CONSIST OF A 2 INCH (55MM) INSIDE DIAMETER PIPE NIPPLE, INSERTED INTO AN APPROXIMATELY SIZED HOLE THROUGH AND WELDED TO THE CREST OF THE CORRUGATION OF THE END WALL. AN INTERNAL FELLER PLUG SHALL BE PROVIDED TO MAKE A WEATHERPROOF SEAL. Unless specified elsewhere, One (1) Set of Manuals required per unit. DESTINATION(S): (EQUIPMENT) 1 UNIT(S) TO: RECEIVING OFFICER AMPHIBIOUS CONSTRUCTION BATTALION ONE NAVAL AMPHIBIOUS BASE CORONADO 2524 TARAWA ROAD POC: CRAIG BELLAVANCE (619) 204-8867 SAN DIEGO, CA 92155-5200 TCN N55104 0148 X322 SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of landing, correspondence, crates, boxes, shipment markings, DD-250's etc. pertaining to procurement and shipment of this equipment: "N62583-10-RC-NF322" ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00028Each$____________CONTAINER TRICON IIFFPCOLOR OD GREEN #34096 OUTSIDE, #3303 TAN INSIDE, THREE CONNECTOR HOLDER, IN DOORS ON FRONT ENDS, THREE CONNECTORS INCLUDED.FOB: DestinationNSN: 8145-LL-LCC-2971 CONTAINER TRICON II, COLOR OD GREEN #34096, OUTSIDE, #3303 TAN INSIDE, THREE CONNECTOR HOLDERS, IN DOORS ON BOTH ENDS, THREE CONNECTORS INCLUDED. 1.CORRUGATED STEEL SIDES, ROOF + SWING DOORS ON BOTH ENDS2.HEAVY DUTY STEEL FLOOR (4) WAY FORK LIFT POCKETS3.WALL TIE DOWN STEEL LASHING RINGS, 4,000 LBS. CAP. EACH (16 TOTAL)4.DOOR CORNER POST TIE DOWNS (20 TOTAL) = RESTRAINT SYSTEM, SHORING SLOT WILL SUPPORT 2" X 6" LUMBER5.VENTS, (2) EACH (CLOSEABLE)6.MANIFEST BOX (2) EACH (ONE INSIDE AND ONE OUTSIDE)7.CONNECTING COUPLERS, (3) PER TRICON8.CONNECTING COUPLER STORAGE BRACKET (1) EACH Unless specified elsewhere, One (1) Set of Manuals required per unit DESTINATION(S): (EQUIPMENT) 8 UNITS(S) TO: COMMANDING OFFICER NAVAL FACILITIES EXPEDITIONARY LOGISTICS CENTER 3350 PATTERSON ROAD - BUILDING #801 POC: MANUEL GOMEZ (805) 797-1423 MARK FOR: 12-C-P29 NCR PORT HUENEME, CA 93043 4301 TCN N62583 0120 X308 SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of landing, correspondence, crates, boxes, shipment markings, DD-250's etc. pertaining to procurement and shipment of this equipment: "N62583-10-RC-NF308" ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00039Each$___________CONTAINER TRICON IIFFPCOLOR OD GREEN #34096 OUTSIDE, #3303 TAN INSIDE, THREE CONNECTOR HOLDER, IN DOORS ON FRONT ENDS, THREE CONNECTORS INCLUDED.FOB: Destination NSN: 8145-LL-LCC-2971 CONTAINER TRICON II, COLOR OD GREEN #34096, OUTSIDE, #3303 TAN INSIDE, THREE CONNECTOR HOLDERS, IN DOORS ON BOTH ENDS, THREE CONNECTORS INCLUDED. 1CORRUGATED STEEL SIDES, ROOF + SWING DOORS ON BOTH ENDS2HEAVY DUTY STEEL FLOOR (4) WAY FORK LIFT POCKETS3WALL TIE DOWN STEEL LASHING RINGS, 4,000 LBS. CAP. EACH (16 TOTAL)4DOOR CORNER POST TIE DOWNS (20 TOTAL) = RESTRAINT SYSTEM, SHORING SLOT WILL SUPPORT 2" X 6" LUMBER5VENTS, (2) EACH (CLOSEABLE)6MANIFEST BOX (2) EACH (ONE INSIDE AND ONE OUTSIDE)7CONNECTING COUPLERS, (3) PER TRICON8CONNECTING COUPLER STORAGE BRACKET (1) EACH Unless specified elsewhere, One (1) Set of Manuals required per unit. DESTINATION(S): (EQUIPMENT) 9 UNITS(S) TO: COMMANDING OFFICER CONSTRUCTION BATTALION CENTER GULFPORT 5201 11TH STREET OELF BLDG #437 POC: JERRY LUZADDER, COMM (228)871-3856 CELL (228)328-3144 MARK FOR: PC 12-C-P29 NCR GULFPORT, MS 39501-5001 TCN N62604-0133-X313 SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of landing, correspondence, crates, boxes, shipment markings, DD-250's etc. pertaining to procurement and shipment of this equipment: "N62583-10-RC-NF313" ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000484Each$___________CONTAINER TRICON IIFFPCOLOR OD GREEN #34096, OUTSIDE #3303 TAN INSIDE, THREE CONNECTOR HOLDERS, IN DOORS ON BOTH ENDS, THEREE CONNECTORS INCLUDED.FOB: DestinationNSN: 8415-LL-LCC-2971 CONTAINER TRICON II, COLOR OD GREEN #34096, OUTSIDE, #3303 TAN INSIDE, THREE CONNECTOR HOLDERS, IN DOORS ON BOTH ENDS, THREE CONNECTORS INCLUDED. 1CORRUGATED STEEL SIDES, ROOF + SWING DOORS ON BOTH ENDS2HEAVY DUTY STEEL FLOOR (4) WAY FORK LIFT POCKETS3WALL TIE DOWN STEEL LASHING RINGS, 4,000 LBS. CAP. EACH (16 TOTAL)4DOOR CORNER POST TIE DOWNS (20 TOTAL) = RESTRAINT SYSTEM, SHORING SLOT WILL SUPPORT 2" X 6" LUMBER5VENTS, (2) EACH (CLOSEABLE)6MANIFEST BOX (2) EACH (ONE INSIDE AND ONE OUTSIDE)7CONNECTING COUPLERS, (3) PER TRICON8CONNECTING COUPLER STORAGE BRACKET (1) EACH Unless specified elsewhere, One (1) Set of Manuals required per unit. DESTINATION(S): (EQUIPMENT) 42 UNITS(S) TO: COMMANDING OFFICER NAVAL FACILITIES EXPEDITIONARY LOGISTICS CENTER 3350 PATTERSON ROAD - BUILDING #801 POC: MANUEL GOMEZ (805) 797-1423 MARK FOR: IAC 12 PURPOSE CODE B PORT HUENEME, CA 93043 4301 TCN N62583 0120 X320 42 UNIT(S) TO: RECEIVING OFFICER CONSTRUCTION BATTALION CENTER GULFPORT 5201 11TH STREET OELF BLDG #437 POC: JERRY LUZADDER, JR, COMM (228) 871-3855, CELL (228) 328-3144 MARKED FOR: IAC 12 PURPOSE CODE B GULFPORT, MS 39501-5001 TCN N62604 0120 X320 SPECIAL INSTRUCTIONS:The following notation must be shown on all orders, contracts, bills of landing, correspondence, crates, boxes, shipment markings, DD-250's etc. pertaining to procurement and shipment of this equipment:"N62583-10-RC-NF320"ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00052Each$___________CONTAINER CONFIGUREDFFP4A/4B 20'L X 8'W X 8'H ISOCONTAINER, CONFIGURED WITH SHELVES/CABINETSCONFIGURATION 4A/4B WITH USN OWNERSHIP ISO NUMBERSFOB: DestinationNSN: 8145-01-287-3295CONTAINER CONFIGURED 4A/4B 20' L X 8'W X' 8' H ISO CONTAINER, CONFIGURED WITHSHELVES/CABINETS CONFIGURATION 4A/4B - WITH USN OWNERSHIP ISO NUMBERS CONFIGURATION NUMBER IDENTIFIED WITH "A" SUFFIX (4A) IS INSTALLED ON THE RIGHT SIDE OF THE CONTAINER AS VIEWED FROM THE CONTAINER ENTRANCE. CONFIGURATION WITH A "B" SUFFIX (4B) IS INSTALLED ON THE LEFT SIDE OF THE CONTAINER AS VIEWED FROM THE CONTAINER ENTRANCE. SHELVES/CABINETS IN ACCORDANCE WITH DETAIL SPECIFICATION MIL-DTL-28689C (PARA 3.5 THROUGH 3.72 - INFORMATION ATTACHED) AND NAVFAC DRAWING 6028534, WITH THE FOLLOWING EXCEPTIONS: CABINETRY PAINTING 3.8.3 - THE CABINETS SHALL BE PAINTED IN ACCORDANCE WITHMANUFACTURERS STANDARD PRACTICE; COLOR SHALL BE MANUFACTURER STANDARD BEIGE. CONTAINER IN ACCORDANCE WITH COMMERCIAL ITEM DESCRIPTION (CID) A-A-59272 (WITH FOLLOWING EXCEPTIONS/MODIFICATIONS): 3.3.2.1 - SIDE AND END WALLS - CORRUGATED CONSTRUCTION ONLY I/L/O OF "CORRUGATED OR SMOOTH SKIN CONSTRUCTION". 3.3.6 - FORKLIFT POCKETS "USE 8' TINES ONLY" AND "INNER POCKETS ARE FOR HANDLING UNLOADED CONTAINERS ONLY" SHALL BE STENCILED I/L/O "EMPTY LIFT ONLY". LETTERS SHALL BE 2" HIGH. FORKLIFT POCKETS SHALL BE FURNISHED AND CONFORM TO THE REQUIREMENTS OF ISO 1496/1, ANNEX C. 3.3.10.2 - EXTERIOR TOP COAT - THE EXTERIOR FINISH SHALL BE PAINTED IN COLOR OLIVE DRAB 34088, FED-STD-595, I/L/O LUSTERLESS DESERT TAN, INTERIOR FINISH COLOR SHALL BE PAINTED DESERT TAN I/L/O LIGHT GRAY. 3.3.11 - EXTERIOR MARKINGS - ALL MARKINGS ARE TO BE COLOR WHITE. 3.3.11.1 - SIDEWALL MARKINGS - "U.S. NAVY SEABEE CONTAINER" I/L/O "PROPERTY OF U.S. ARMY". 3.3.11.2 - FORCE PROVIDE EMBLEM AND 3.3.11.2.1 EMBLEM DESIGN NOT REQUIRED. 3.3.14 - CONSOLIDATED DATA PLATE NOT REQUIRED. ADD: POWER SUPPLY CORD PORT: EACH CONTAINER SHALL HAVE A POWER SUPPLY CORD PORT. THE POWER SUPPLY PORT SHALL BE LOCATED APPROXIMATELY AT THE MIDPOINT OF THE END WALL. POWER SUPPLY CORD PORT SHALL BE LOCATED IN SUCH A MANNER THAT IT WILL NOT INTERFERE WITH OR BE COVERED BY THE CABINETS, RIFLE, RACKS, OR CABINETS DOORS. POWER SUPPLY PORT SHALL CONSIST OF A 2 INCH (55MM) INSIDE DIAMETER PIPE NIPPLE, INSERTED INTO AN APPROXIMATELY SIZED HOLE THROUGH AND WELDED TO THE CREST OF THE CORRUGATION OF THE END WALL. AN INTERNAL FELLER PLUG SHALL BE PROVIDED TO MAKE A WEATHERPROOF SEAL. ADD DATA PLATES: A NONFERROUS METAL DATA PLATE CONFORMING TO A-A-50271 SHALL BE AFFIXED TO THE CENTER OF THE EXTERNAL SURFACE OF THE RIGHT HAND DOOR. THE METHOD OF ATTACHMENT SHALL BE EITHER RIVETING OR BOLTING. THE DATA SUPPLIED ON THE PLATE SHALL BE AS FOLLOWS: U. S. NAVY CONTAINER SHIPPING AND STORAGE, STEEL WALL (TYPE 1)SPECIFICATION A-A-59272 (2003) MIL-DTL-28689C (1997)NSN: 8145-01-287-3295ISO CONTAINER CONTROL NUMBER:_________________________TARE WEIGHT: ___________LBS_____________________KGCONTRACT NUMBER:MFG BY:___________________________________________________DATE: (month and year) ADD: CSC PLATES CONFORMING TO 49 CFR 451, SUBPART C, WITH APPROPRIATEINFORMATION STAMPED, ETCHED, OR ENGRAVED ON IT SHALL BE RIVETED OR BOLTED TO THE LOWER LEFT CORNER OF THE EXTERIOR FACE OF THE LEFT HAND DOOR OF EACH CONTAINER. ADD: ALL CONTAINERS SHALL HAVE A PASSIVE VENTING SYSTEM. THE VENTING SYSTEM SHALL DISSIPATE CONDENSED MOISTURE WITHIN THE CONTAINER DURING FIELD OPERATIONS. THE VENTING SYSTEM SHALL BE SIMILAR TO COMMONLY USED VENTING SYSTEMS IN COMMERCIAL ISO CONTAINERS. A VENT COVER SHALL BE AN INTEGRAL PART OF THE VENT. THE VENTS SHALL BE CAPABLE OF BEING OPENED AND CLOSED FROM THE OUTSIDE WITHOUT THE USE OF TOOLS. TWO VENTS SHALL BE LOCATED IN EACH SIDEWALL, AT OPPOSITE END OF THE CONTAINERS. VENTS SHALL BE LOCATED AS CLOSE TO THE TOP OF THE WALL AS PRACTICAL. THE VENTING SYSTEM SHALL NOT VIOLATE ISO ENVELOPE REQUIREMENTS, NOR SHALL THE VENTS PROTRUDEINTO THE INTERIOR TIE-BAR SYSTEM. THE VENTS WHEN OPEN SHALL NOT PERMIT WIND DRIVEN RAIN OR SPLASH TO ENTER THE CONTAINERS. THE VENT, WHEN CLOSED SHALL FORM A TIGHT SEAL. THE GASKET MATERIAL SHALL BE MECHANICALLY FASTENED TO THE VENT. GASKET MATERIAL SHALL NOT BE PAINTED. CONTAINER SHALL CONFORM TO ISO 668 & ISO 1496-1. CARGO CONTAINERS ARE TO BE NEW AND UNUSED. ALL OTHER REQUIREMENTS OF A-A-59272 REMAIN THE SAME. Unless specified elsewhere, One (1) Set of Manuals required per unit. DESTINATION(S):(EQUIPMENT) 1 UNIT(S) TO:RECEIVING OFFCIERAMPHIBIOUS CONTSTRUCTION BATTALION ONENAVAL AMPHIBIOUS BASE CORONADO2524 ENIWETOK ROADPOC: CRAIG BELLAVANCE (619)204-8867SAN DIEOG, CA 92155-5200TCN N55104-0137-X314 1 UNIT(S) TO:RECEIVING OFFCIERAMPHIBIOUS CONTSTRUCTION BATTALION TWONAVAL AMPHIBIOUS BASE LITTLE CREEK1815 SEABEE DRIVEPOC: ROBERT KIRGAN (757)537-1357NORFOLK, VA 23521-2928TCN N55105-0137-X314 SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of landing, correspondence, crates, boxes, shipment markings, DD-250's etc. pertaining to procurement and shipment of this equipment: "N62583-10-RC-NF314" ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00067Each$____________ISO CONTAINERFFPBULK TRICON TYPE II STYLE 1, COLOR TO BE TAN #3303, STEEL 8FT WIDE X 8 FT HEIGHT X 6.5 FT LONG, WITH USN OWNERSHIP ISO NUMBER.FOB: DestinationNSN: 8415-01-287-3294 ISO CONTAINER, BULK TRICON TYPE II STYLE 1, COLOR TO BE TAN #3303., STEEL 8FT WIDE X 8 FT HEIGHT X 6.5 FT LONG, WITH USN OWNERSHIP ISO NUMBER. Add: All containers shall have a passive venting system. The venting system shall dissipate condensed moisture within the container during field operations. The venting system shall be similar to commonly used venting systems in commercial ISO containers. A vent cover shall be an integral part of the vent. The vents shall be capable of being opened and closed from the outside without the use of tools. Two vents shall be located in each sidewall, at opposite ends of the containers. Vents shall be located as close to the top of the wall as practical. The venting system shall not violate ISO envelope requirements, nor shall the vents protrude into the interior tie-bar system. The vents, when open, shall not permit wind driven rain or splash to enter the containers. The vents, when closed, shall form a tight seal. The gasket material shall be mechanically fastened to the vent. Gasket material shall not be painted. Add: Power Supply Cord Port - Each container shall have a power supply cord port. The power supply port shall be located approximately at the midpoint of the end wall. Power supply cord port shall be located in such a manner that it will not interfere with or be covered by the cabinets, rifle racks, or cabinet doors. Power supply port shall consist of a 2 inch (55mm) inside diameter pipe nipple, inserted into an approximately sized hole through and welded to the crest of the corrugation of the end wall. An internal feller plug shall be provided to make a weatherproof seal. Add: Captive Connecting Couplers - Each tricon container shall be provided with three each captive connecting couplers. Suitable storage space for these couplers shall be provided in the container. Location of the storage space shall be in such a manner that it will not interfere with drawer or cabinet door use with or without the use of captive connections couplers installed. Data Plate - A nonferrous metal data plate conforming to A-A-50271 shall be affixed to the center of the external surface of the right hand door. The method of attachment shall be either riveting or bolting. The data supplied on the plate shall be as follows: U.S. NAVYCONTAINER SHIPPING AND STORAGE, STEEL WALL (TYPE II)SPECIFICATION MIL-DTL-28689C (1997)NSN: 8145-01-287-3294ISO CONTAINER CONTROL NUMBER:_________________________TARE WEIGHT: ___________LBS____________________KGCONTRACT NUMBER:MFG BY:___________________________________________________DATE: (month and year) Exterior Markings - All markings are to be color White All other requirements of MIL-DTL-28689C remain the same. Container shall conform to ISO 668 and ISO 1496-1. Cargo Containers are to be new and unused. Unless specified elsewhere, One (1) Set of Manuals required per unit. DESTINATION(S): (EQUIPMENT) 7 UNIT(S) TO: RECEIVING OFFICER NAVAL EXPEDITIONARY LOGISTICS SUPPORT GROUP 593 MAYFIELD STREET CHEATHAM ANNEX BLDG 593 POC: ROGER HARMON (757) 256 1361 WILLIAMSBURG, VA 23185 5831 TCN N81464 0148 X321 SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of landing, correspondence, crates, boxes, shipment markings, DD-250's etc. pertaining to procurement and shipment of this equipment: "N62583-10-RC-NF321" ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000775Each$___________ISO CONTAINERFFPBULK TRICON TYPE II STYLE 1, COLOR TO BE TAN #3303, STEEL 8 FT WIDE X 8 FT HIGH X 6.5 FT LONG, WITH USN OWNERSHIP ISO NUMBER.FOB: DestinationNSN: 8415-01-287-3294 ISO CONTAINER, BULK TRICON TYPE II STYLE 1, COLOR TO BE TAN #3303, STEEL 8FT WIDE X 8 FT HEIGHT X 6.5 FT LONG, WITH USN OWNERSHIP ISO NUMBER. Add: All containers shall have a passive venting system. The venting system shall dissipate condensed moisture within the container during field operations. The venting system shall be similar to commonly used venting systems in commercial ISO containers. A vent cover shall be an integral part of the vent. The vents shall be capable of being opened and closed from the outside without the use of tools. Two vents shall be located in each sidewall, at opposite ends of the containers. Vents shall be located as close to the top of the wall as practical. The venting system shall not violate ISO envelope requirements, nor shall the vents protrude into the interior tie-bar system. The vents, when open, shall not permit wind driven rain or splash to enter the containers. The vents, when closed, shall form a tight seal. The gasket material shall be mechanically fastened to the vent. Gasket material shall not be painted. Add: Power Supply Cord Port - Each container shall have a power supply cord port. The power supply port shall be located approximately at the midpoint of the end wall. Power supply cord port shall be located in such a manner that it will not interfere with or be covered by the cabinets, rifle racks, or cabinet doors. Power supply port shall consist of a 2 inch (55mm) inside diameter pipe nipple, inserted into an approximately sized hole through and welded to the crest of the corrugation of the end wall. An internal feller plug shall be provided to make a weatherproof seal. Add: Captive Connecting Couplers - Each tricon container shall be provided with three each captive connecting couplers. Suitable storage space for these couplers shall be provided in the container. Location of the storage space shall be in such a manner that it will not interfere with drawer or cabinet door use with or without the use of captive connections couplers installed. Data Plate - A nonferrous metal data plate conforming to A-A-50271 shall be affixed to the center of the external surface of the right hand door. The method of attachment shall be either riveting or bolting. The data supplied on the plate shall be as follows: U.S. NAVYCONTAINER SHIPPING AND STORAGE, STEEL WALL (TYPE II)SPECIFICATION MIL-DTL-28689C (1997)NSN: 8145-01-287-3294ISO CONTAINER CONTROL NUMBER:_________________________TARE WEIGHT: ___________LBS____________________KGCONTRACT NUMBER:MFG BY:___________________________________________________DATE: (month and year) Exterior Markings - All markings are to be color White All other requirements of MIL-DTL-28689C remain the same. Container shall conform to ISO 668 and ISO 1496-1. Cargo Containers are to be new and unused. Unless specified elsewhere, One (1) Set of Manuals required per unit. DESTINATION(S): (EQUIPMENT) 75 UNIT(S) TO: RECEIVING OFFICER NAVAL EXPEDITIONARY LOGISTICS SUPPORT GROUP 593 MAYFIELD STREET CHEATHAM ANNEX BLDG 593 POC: ROGER HARMON (757) 256 1361 WILLIAMSBURG, VA 23185 5831 TCN N81464 0148 X325 SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of landing, correspondence, crates, boxes, shipment markings, DD-250's etc. pertaining to procurement and shipment of this equipment: "N62583-10-RC-NF325" TOTAL OF ALL CLINS$____________________ Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items52.225-1, Buy American Act - Supplies;52.225-2, Buy American Act Certificate;52.225-3, Buy American- Free Trade Agreements-Israeli Trade Act;52.225-4, Buy American- Free Trade Agreements-Israeli Trade Act Certificate;52.232-33, Payment by EFT - Central Contractor Registration;Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. If you have completed the certifications in ORCA, please state so. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to DFARS 252.225-7001, Buy American Act and Balance of Payments program;DFARS 252.225-7020 - Trade Agreements Certificate;DFARS 252.225-7021 - Trade Agreements; DFARS 252.232-7003, Electronic Submission of Payment Request - CCR;52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (I) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT (II) PAST PERFORMANCE (III) PRICE The Government intends to make award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Factor (i) and Factor (ii), the two non-price factors. (The Government will not, however, provide additional credit for those proposals that may exceed the standards.) Offerors proposals will be evaluated under Factor (i) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the products offered as either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal technically unacceptable and the proposal may not be considered for award. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii). Under this factor, the Government will rate past performance as either acceptable or unacceptable. Failure to receive a rating of acceptable for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. For those proposals that are rated acceptable on Factor (i) and Factor (ii), the Government will then evaluate Factor (iii), Price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating either commercial product brochures or technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in this solicitation. Offerors technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. (c) Offerors PAST PERFORMANCE information submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(10), will be used to make a determination of whether the offeror has an acceptable record of past performance. A proposal that receives a rating of acceptable on past performance is one that demonstrates little anticipated risk in the areas of quality of the product, timely delivery, and customer satisfaction. Offerors should, therefore, provide performance history and references to demonstrate acceptable past performance for up to three prior similar contracts performed within the past three years. The evaluation may take into account past performance information regarding predecessor companies and subcontractors that will perform major or critical aspects of the requirement. Offers that lack relevant past performance history will receive a neutral rating for this factor. Any Offerors proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government. Thus, the Contracting Officer may determine it is an unsuccessful proposal when compared to the proposals of other offerors. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Delivery shall be no later than 90 days after receipt of order. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will be accepted via email at lenette.santana@navy.mil. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 12:00 PM PST on 19 August 2010. Contact Lenette Santana who can be reached at 805-982-2193 or email lenette.santana@navy.mil. All responsible sources may submit a quote which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024410T0271/listing.html)
 
Record
SN02229904-W 20100807/100805235117-2c1892311003107a92f1049ff5868f38 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.